Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2003 FBO #0461
SOLICITATION NOTICE

66 -- Telemetry Processing System

Notice Date
3/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, Commander, NAWCWD, Code 220000D, 1 Administration Circle, China Lake, CA, 93555-6100
 
ZIP Code
93555-6100
 
Solicitation Number
N68936-03-T-0043
 
Archive Date
4/5/2003
 
Point of Contact
Jacqueline Harrison, Contract Specialist, Phone (760) 939-4240, Fax (760) 939-8186, - Mary Jacobs, Procuring Contracting Officer, Phone (760) 939-6043, Fax (760) 939-8186,
 
E-Mail Address
jacqueline.harrison@navy.mil, mary.jacobs@navy.mil
 
Description
The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA, intends to procure on a full and open competitive basis the following items; Three complete Telemetry Processing Systems. In addition a fourth workstation for customer interaction/viewing shall be included as part of the overall system procurement. Each of the four workstations shall provide outputs for distribution to two separate displays that will be utilized by operation and firing officer personnel. A Firm Fixed-Price contract is anticipated. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Sub-part 12.6, as supplemented with additional information included in this notice and award shall be made in accordance with FAR Subpart 13.5 Simplified Acquisition. This announcement constitutes the only solicitation. A formal written solicitation request for quotation (RFQ) will not be issued. All responsible sources may submit a quotation, which shall be considered by the agency. Solicitation N68936-03-T-0043 will incorporate provisions and clauses that are in effect through the Federal Acquisition Circular 2001-09, DCN 20020730 and class deviation 2001-00002. The North American Industry Classification System (NAICS) code for this requirement is 334220 and the size standard is 750 employees. The Telemetry Processing System must simultaneously accept, decom, and process up to four TTL or RS-422 data and clock streams of IRIG 106, Chapter 4. The System must include the ability to provide PCM raw reconstruction of IRIG 106, Ch. 4 recorded data with PCM frame extensions for embedded video and audio. The System must run on a PC platform, and incorporate software to recover, record, display (in real time), and distribute numerous streams and data formats with accurate time alignment. The system must include attached libraries to configure IRIG 106, recorder formats, embedded streams, composite video, and voice formats. The System must include removable hard-drive for data to meet security requirements. The System must also meet the following minimum specifications. Inputs: 1) Data - 4 ea., NRZL BNC connector; 2) Video - 2 ea. Composite Video, BNC connector; 3) Clock - 0 or 180 degree clock for each input, BNC; 4) Type - TTL or RS422, software selectable; 5) Data Rate - Up to 80 bits/second per channel, maximum cumulative rate of 100 Mbits/second. Data Formats: 1) Format - IRIG 106, IRIG Chapter 9, CE 83; 2) Word length - Input 1 to 32 bits, Processed 64 or 96 bits; 3) Minor Frame Size - Settable to 5000 words; 4) Major Frame Size - ettable to 512 minor frames; 5) Bit Order - MSB or LSB first; 6) Frame Sync - Any combination of 0's or 1's or don't care up to 64 bits. Number of good or bad sync patterns settable from 1 to 64 before going into lock or search; 7) Sync Error Tolerance - Settable 0 to (sync word length -1) bits; 8) Polarity Normal, inverse, and automatic; 9) Sub-frame Sync - SFID with count up or down, staring count, start bit position, start count number, asynchronus sub-frames or Recycle code; 10) Data Selection - Normal, inverse, MSB, LSB, binary, 1's or 2's complement, IEEE floating point; 11) Storage - Input data stream stored as well as decoded data; 12) Status - Frame sync lock. Time: 1) Source - Imbedded or IRIG B with built-in decoder; 2) Latency - 70 nanoseconds; 3) Position any word position or selection of bits spread across words. Computation: 1) EU Conversion - Slope-offset, 9th order polynomial, spline and 9 point pair Akima; 2) Derived Parameter - Math Engine using Basic-like syntax; 3) Markers - Up to 100 event marks in data file that can be quickly accessed during playback; 4) Seek - Locate data using absolute or relative time. CPU Workstation - Compatible with Telemetry System, commercial quality with the following minimum specifications: 1) Type - Pentium III, 450 MHz, Intel 440BX chipset; 2) Operating System - Windows NT Workstation, Microsoft Office installed; 3) Memory - 128MB expandable to 768MB (DIMM); 4) Program Storage - 8GB non-removable hard drive; 5) CD - 32X CDROM; 6) Ports - 2 EIDE, ECP/EPP parallel, PS/2 mouse, PSS/2 keyboard, 2 RS232, infrared and 2 USB; 7) Slots (not used) 2 PCI. Outputs: 1) Primary Data - 8GB removable hard drive (for security reasons); 2) High Capacity Disk - 100 MB Zip; 3) Network - 100 Base T Ethernet. Display: 1) Monitor - Color, 17 inch, 1600 x 1280 resolution; 2) Graphics - Advanced Graphics Processor, 16MB RAM. Other: 1) Temperature - 10 to 40 degrees Celcius; 2) Size - EIA-310 rack mounted enclosure 7" high, 18" deep excluding monitor. Note: System must include variable rate bit sync 10Mbps Vendor must provide on-site training for operations personnel in set-up and configuration of the telemetry processing/display system. All offerors shall submit quotations in writing to Commander, Code 220000D, 1 Administration Circle, Bldg. 00982, CA 93555-6100, by fax to (760) 939-8329, or by e-mail to Jacqueline.Harrison@navy.mil by 1400 local time 21 March 2003 and must reference RFQ Number N68936-03-T-0043. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2000), applies to this acquisition with the following addenda to the provision. Offerors must provide workstation specifications and current customers, commercial or military who are currently using the system that is being proposed. Offerors must include a completed copy of the provisions in FAR 52.212-3 (Alt I) (Apr) 2002) Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items (Nov 1995) with their quotation. These can be found at http://farsite.hill.af.mil/ or http://www.arnet.gov/. FAR Clause 52.212-4, Commercial Terms and Conditions - Commercial Items (Feb 2002) applies to this acquisition and there are no addenda to this clause. FAR Clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2002) and DFARS Clause 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Apr 2001); 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (Oct 1995); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002); 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.222-36 Affirmative Action for Workers with Disabilities (Dec 2001); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (May 1999). The following FAR clauses apply to this solicitation: 52.203-3 Gratuities (Apr 1984); 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Jul 1995); 52.222-19 Child Labor - Cooperation With Authorities and Remedies (Dec 2001); 52.225-13 Restrictions on Certain Foreign Purchases (Jul 2000); 52.233-2 Service of Protest (Aug 1996); 52.233-3 Protest After Award (Aug 1996); 52.247-34 FOB Destination (Nov 1991); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2 Clauses Incorporated by Reference (1998); 52.252-5 Authorized Deviations in Provisions (April 1984); 52.252-6 Authorized Deviations in Clauses (April 1984). DFARS Clause 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition - Commercial Items (Jul 2002) and the following reference clauses apply to this solicitation: The following DFARS clauses apply to this solicitation 252.204-7000 Required Central Contractor Registration (Nov 2001); 252.243-7001 Pricing of Contract Modifications (Dec 1991). FAR Clause 52.212-2 Evaluation Commercial Items (Jan 1999) applies and contains important evaluation information. Proposal must clearly demonstrate ability to meet above specifications and evaluation shall be based on technical ability to meet the specifications as described above and price. All offerors shall submit a quotation in writing to Commander, Naval Air Warfare Center Weapons Division, Code 220000D, Attn: Jackie Harrison, 1 Administration Circle, China Lake, CA 93555-6100, or by fax to (760) 939-8329, or by email to Jacqueline.Harrison@navy.mil by 1400 local time, 21 March 2003. All responsible sources may submit a quotation, which will be considered by the agency. Award will be made on or about 31 March 2003. The Government will award a commercial items purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. All responses must reference RFQ Number N68936-03-T-0043. In your quote, please include your Tax Identification Number (TIN), Corporation Status, DUNS Number, and Commercial and Government Entity (CAGE) Code, if one has been assigned.
 
Place of Performance
Address: Naval Air Warfare Center Weapons Division, 1 Administration Circle, China Lake CA,
Zip Code: 93555-6100
Country: USA
 
Record
SN00272675-W 20030308/030306213710 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.